Contract Number: GS-35F-0308K
Period of Performance: March 24, 2000 – March 23, 2005
Special Item No. 132-33
Special Item No. 132-34
Information Technology Schedule
IT Products
Software Maintenance
Micro Saint
is a general purpose, discrete-event simulation software tool that has been
used to provide solutions ranging from simple queuing problems to complex human
decision processes. With Micro Saint models, you can gain useful information
about processes that might be too expensive or time consuming to test in the
real world. Micro Saint's intuitive
graphical user interface and flow chart approach to modeling make it a tool
that can be used by generalists as well as simulation experts. Micro Saint has proven to be an invaluable
asset in both small businesses and Fortune 500 companies and in many areas
including the military, human factors, health care, manufacturing, and the
service industry.
Features Include: Optimization, Flexibility,
Animation, Customization and Interoperability
GSA Price List
License Type |
Price |
Notes |
|
Single-user Micro Saint license |
$6,746 |
Includes Micro Saint software,
hardware key, technical support and upgrades for one year, and training for
one person in |
|
Single-user Micro Saint license
w/COM Services |
$8,996 |
Includes everything listed above
plus COM Services |
|
Update and Maintenance |
$1,125 |
Includes one year of technical
support and applicable software updates. |
|
Professor’s Package |
$1,125 |
Includes: |
|
· One full version of Micro Saint |
|||
· One unlimited-use Student version of
Micro Saint (limited to 50 tasks & 50 variables) |
|||
· Teaching materials |
|||
· Hardware key |
|||
· 1 set of user manuals |
|||
Professor’s Package w/COM Services |
$2,250 |
Includes everything listed above
plus COM Services |
|
Professor Upgrade |
$375 |
Includes one year of software
upgrades. |
Pricing by Number of Users
# of copies |
Micro Saint (Cost Per Copy) |
Micro Saint w/ COM (Cost Per Copy) |
4 or fewer |
$6,746 |
$8,996 |
5-9 |
$6,296 |
$8,396 |
10-14 |
$5,397 |
$7,197 |
15 + |
$4,497 |
$5,997 |
Ordering
Information:
Micro
Analysis and Design, Inc.
(303)
442-6947 phone
(303)
442-8274 fax
General sales@maad.com
Authorized federal supply
service information technology schedule pricelist general purpose commercial
information technology equipment, software and services
Contract Number: GS-35F-0308K
Period of Performance: March 24, 2000 – March 23, 2005
Special Item No. 132-51
Information Technology Schedule
Professional Services
Note: All non-professional labor categories must be
incidental to and used solely to support hardware, software and/or professional
services, and cannot be purchased separately.
FPDS Code D302 IT
Systems Development Services
FPDS Code D306 IT
Systems Analysis Services
FPDS Code D307 Automated
Information Systems Design and Integration Services
FPDS Code D308 Programming
Services
FPDS Code D311 IT
Data Conversion Services
FPDS Code D313 Computer
Aided Design/Computer Aided Manufacturing (CAD/CAM) Services
FPDS Code D399 Other
Information Technology Services, Not Elsewhere Classified
Micro Analysis and Design, Inc.
(303) 442-6947
(303) 442-8274 fax
POC’s Dr.
Ronald Laughery, rlaughery@maad.com
Susan Archer, sarcher@maad.com
Kathy Koshi, kkoshi@maad.com
General Services Administration
Federal Supply Service
TABLE OF
CONTENTS
Information for Ordering Offices
USA COMMITMENT TO PROMOTE SMALL BUSINESS
PARTICIPATION PROCUREMENT PROGRAMS
BEST VALUE BLANKET PURCHASE AGREEMENT
FEDERAL SUPPLY SCHEDULE
“Contractor team arrangements”
Introduction to Micro Analysis and Design,
Inc.
JOB DESCRIPTIONS And Labor Rates– MICRO
ANALYSIS AND DESIGN, INC.
INFORMATION
FOR ORDERING OFFICES
SPECIAL
NOTICE TO AGENCIES:
Small
Business Participation
SBA
strongly supports the participation of small business concerns in the Federal
Supply Schedules Program. To enhance Small Business Participation SBA policy
allows agencies to include in their procurement base and goals, the dollar
value of orders expected to be placed against the Federal Supply Schedules, and
to report accomplishments against these goals.
For
orders exceeding the micro purchase threshold, FAR 8.404 requires agencies to
consider the catalogs/pricelists of at least three schedule contractors or
consider reasonably available information by using the GSA Advantage!ä on-line shopping service (www.fss.gsa.gov). The
catalogs/pricelists, GSA Advantage!ä and the Federal Supply Service Home Page
(www.fss.gsa.gov) contain information on a broad array of products and services
offered by small business concerns.
This
information should be used as a tool to assist ordering activities in meeting
or exceeding established small business goals. It should also be used as a tool
to assist in including small, small disadvantaged, and women-owned small
businesses among those considered when selecting pricelists for a best value
determination.
For
orders exceeding the micro purchase threshold, customers are to give preference
to small business concerns when two or more items at the same delivered price
will satisfy their requirement.
1.
Geographic Scope of Contract:
48 contiguous states and the
2.
Contractors Ordering Address and Payment Information
Micro
Analysis and Design, Inc.
Government purchase
cards will be acceptable for payment above the micro-purchase threshold. In addition, bank accounting information for
wire transfer payments will be shown on the invoice.
The following
telephone number can be used by ordering agencies to obtain technical and/or
ordering assistance:
(303) 442-6947
3.
Liability for Injury or Damage
The Contractor shall not be liable for any injury to Government personnel or
damage to Government property arising from the use of equipment maintained by
the Contractor, unless such injury or damage is due to the fault or negligence
of the Contractor.
4.
Statistical Data for Government Ordering Office
Completion of Standard Form 279:
Block 9: G. Order/Modification Under Federal Schedule
Block 16: Data Universal Numbering
System (DUNS) Number:
14-727-
4237
Block 30: Type of Contractor - B.
Other Small Business
Block 31: Woman-Owned Small
Business - YES
Block 36: Contractor’s
Taxpayer Identification Number (TIN)
84-114 5568
4a) Cage Code: 1DS17
4b) Contractor
has registered with the Central
Contractor
Registration
Database
5.
FOB Destination
6.
Delivery Schedule
a.) Time of Delivery: SIN 132-51 - To commence working
within 30 days after receipt of order, or as negotiated with the Govt Ordering
Office.
b.) Urgent Requirements:
When the Federal Supply Schedule contract delivery period does not meet the
bona fide urgent delivery requirements of an ordering agency, agencies are
encouraged, if time permits, to contact the Contractor for the purpose of
obtaining accelerated delivery. The
Contractor shall replay to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the
Contractor in writing.) If the
Contractor offers an accelerated delivery time acceptable to the ordering
agency, any order(s) placed pursuant to the agreed upon accelerated delivery
time frame shall be delivered within this shorter delivery time and in
accordance with all other terms and conditions of the contract.
7.
Discounts: Prices shown are NET Prices; Basic Discounts
have been deducted.
a. Prompt Payment: Net
30 days from receipt of invoice or date of acceptance, whichever is
later.
b. Quantity No quantity discounts on labor rates
c. Dollar
Volume No $ volume discounts
d. Government Educational Institutions Same “net” pricing as
shown herein.
8.
Trade Agreements Act of 1979, as amended:
All items are
9.
Statement Concerning Availability of Export Packing: N/A
10. Small
Requirements: One full working day for any labor category.
11. Maximum
Order: (All dollar amounts are exclusive of any
discount for prompt payment.)
a. Special Item Number 132-51 – IT Professional
Services
The maximum dollar value per
order for all leased equipment will be $500,000.
12. USE OF
FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:
[NOTE: Special ordering procedures have been
established for Special Item Numbers (SINs) 132-51 IT Professional Services and
132‑52 EC Services; refer to the terms and conditions for those SINs.]
Orders placed pursuant to
a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are
considered to be issued pursuant to full and open competition. Therefore, when placing orders under Federal
Supply Schedules, ordering offices need not seek further competition, synopsize
the requirement, make a separate determination of fair and reasonable pricing,
or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of
items under schedule contracts to be fair and reasonable. By placing an order against a schedule using
the procedures outlined below, the ordering office has concluded that the order
represents the best value and results in the lowest overall cost alternative
(considering price, special features, administrative costs, etc.) to meet the
Government’s needs.
a. Orders placed at or below the
micro-purchase threshold. Ordering offices can place orders at or below
the micro-purchase threshold with any Federal Supply Schedule Contractor.
b. Orders exceeding the micro-purchase
threshold but not exceeding the maximum order threshold. Orders should
be placed with the Schedule Contractor that can provide the supply or service
that represents the best value. Before
placing an order, ordering offices should consider reasonably available
information about the supply or service offered under MAS contracts by using
the “GSA Advantage!” on-line shopping service, or by reviewing the catalogs/pricelists
of at least three Schedule Contractors and selecting the delivery and other
options available under the schedule that meets the agency’s needs. In selecting the supply or service
representing the best value, the ordering office may consider--
(1) Special features of the supply or
service that are required in effective program performance and that are not
provided by a comparable supply or service;
(2) Trade-in considerations;
(3) Probable life of the item selected as
compared with that of a comparable item;
(4) Warranty considerations;
(5) Maintenance availability;
(6) Past performance; and
(7) Environmental and energy efficiency
considerations.
c. Orders exceeding the maximum order
threshold. Each schedule contract has an established
maximum order threshold. This threshold
represents the point where it is advantageous for the ordering office to seek a
price reduction. In addition to
following the procedures in paragraph b, above, and before placing an order
that exceeds the maximum order threshold, ordering offices shall--
(1) Review additional Schedule
Contractors’ catalogs/pricelists or use the “GSA Advantage!” on-line shopping
service;
(2) Based upon the initial evaluation,
generally seek price reductions from the Schedule Contractor(s) appearing to
provide the best value (considering price and other factors); and
(3) After price reductions have been sought,
place the order with the Schedule Contractor that provides the best value and
results in the lowest overall cost alternative.
If further price reductions are not offered, an order may still be
placed, if the ordering office determines that it is appropriate.
NOTE: For orders
exceeding the maximum order threshold, the Contractor may:
(1) Offer a new lower price for this
requirement (the Price Reductions clause is not applicable to orders placed
over the maximum order in FAR 52.216-19 Order Limitations);
(2) Offer the lowest price available under
the contract; or
(3) Decline the order (orders must be
returned in accordance with FAR 52.216-19).
d. Blanket purchase agreements (BPAs). The
establishment of Federal Supply Schedule BPAs is permitted when following the
ordering procedures in FAR 8.404. All
schedule contracts contain BPA provisions.
Ordering offices may use BPAs to establish accounts with Contractors to
fill recurring requirements. BPAs should
address the frequency of ordering and invoicing, discounts, and delivery
locations and times.
e. Price reductions. In addition to the circumstances outlined in
paragraph c, above, there may be instances when ordering offices will find it
advantageous to request a price reduction.
For example, when the ordering office finds a schedule supply or service
elsewhere at a lower price or when a BPA is being established to fill recurring
requirements, requesting a price reduction could be advantageous. The potential volume of orders under these
agreements, regardless of the size of the individual order, may offer the
ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass
on to all schedule users a price reduction extended only to an individual
agency for a specific order.
f. Small business. For orders exceeding the micro-purchase
threshold, ordering offices should give preference to the items of small
business concerns when two or more items at the same delivered price will
satisfy the requirement.
g. Documentation. Orders should be documented, at a minimum, by
identifying the Contractor the item was purchased from, the item purchased, and
the amount paid. If an agency
requirement in excess of the micro-purchase threshold is defined so as to
require a particular brand name, product, or feature of a product peculiar to one
manufacturer, thereby precluding consideration of a product manufactured by
another company, the ordering office shall include an explanation in the file
as to why the particular brand name, product, or feature is essential to
satisfy the agency’s needs.
13. FEDERAL INFORMATION
TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS: Federal
departments and agencies acquiring products from this Schedule must comply with
the provisions of the Federal Standards Program, as appropriate
(reference: NIST Federal Standards
Index). Inquiries to determine whether
or not specific products listed herein comply with Federal Information
Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS),
which are cited by ordering offices, shall be responded to promptly by the
Contractor.
13.1 FEDERAL
INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS): Information Technology products under this Schedule
that do not conform to Federal Information Processing Standards (FIPS) should
not be acquired unless a waiver has been granted in accordance with the
applicable "FIPS Publication."
Federal Information Processing Standards Publications (FIPS PUBS) are
issued by the U.S. Department of Commerce, National Institute of Standards and
Technology (NIST), pursuant to National Security Act. Information concerning their availability and
applicability should be obtained from the National Technical Information
Service (NTIS),
13.2 FEDERAL
TELECOMMUNICATION STANDARDS (FED-STDS): Telecommunication products under this
Schedule that do not conform to Federal Telecommunication Standards (FED-STDS)
should not be acquired unless a waiver has been granted in accordance with the
applicable "FED-STD." Federal
Telecommunication Standards are issued by the U.S. Department of Commerce,
National Institute of Standards and Technology (NIST), pursuant to National
Security Act. Ordering information and information concerning the availability
of FED-STDS should be obtained from the GSA, Federal Supply Service,
Specification Section, 470 East L’Enfant Plaza,
14. SECURITY
REQUIREMENTS. In the event security requirements are
necessary, the ordering activities may incorporate, in their delivery orders, a
security clause in accordance with current laws, regulations, and individual
agency policy; however, the burden of administering the security requirements
shall be with the ordering agency. If
any costs are incurred as a result of the inclusion of security requirements,
such costs will not exceed ten percent (10%) or $100,000, of the total dollar
value of the order, whichever is lessor.
15. CONTRACT
ADMINISTRATION FOR ORDERING OFFICES: Any ordering office, with respect to any one
or more delivery orders placed by it under this contract, may exercise the same
rights of termination as might the GSA Contracting Officer under provisions of
FAR 52.212-4, paragraphs (l) Termination for the Government’s convenience, and
(m) Termination for Cause (See C.1.)
16. GSA Advantage!
GSA
Advantage! is an on-line, interactive
electronic information and ordering system that provides on-line access to
vendors' schedule prices with ordering information. GSA Advantage!
will allow the user to perform various searches across all contracts including,
but not limited to:
(1) Manufacturer;
(2) Manufacturer's
Part Number; and
(3) Product
categories.
Agencies
can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a
browser (ex.: NetScape). The Internet
address is http://www.fss.gsa.gov/.
17. PURCHASE
OF INCIDENTAL, NON-SCHEDULE ITEMS
For
administrative convenience, open market (non-contract) items may be added to a
Federal Supply Schedule Blanket Purchase Agreement (BPA) or an individual
order, provided that the items are clearly labeled as such on the order, all
applicable regulations have been followed, and price reasonableness has been
determined by the ordering activity for the open market (non‑contract)
items.
18. CONTRACTOR
COMMITMENTS, WARRANTIES AND REPRESENTATIONS
a. For
the purpose of this contract, commitments, warranties and representations
include, in addition to those agreed to for the entire schedule contract:
(1) Time of delivery/installation quotations
for individual orders;
(2) Technical representations and/or
warranties of products concerning performance, total system performance and/or
configuration, physical, design and/or functional characteristics and
capabilities of a product/equipment/ service/software package submitted in
response to requirements which result in orders under this schedule contract.
(3) Any representations and/or warranties
concerning the products made in any literature, description, drawings and/or
specifications furnished by the Contractor.
b. The
above is not intended to encompass items not currently covered by the GSA
Schedule contract.
19. OVERSEAS
ACTIVITIES
The
terms and conditions of this contract shall apply to all orders for
installation, maintenance and repair of equipment in areas listed in the
pricelist outside the 48 contiguous states and the
None
Upon
request of the Contractor, the Government may provide the Contractor with
logistics support, as available, in accordance with all applicable Government
regulations. Such Government support
will be provided on a reimbursable basis, and will only be provided to the
Contractor's technical personnel whose services are exclusively required for
the fulfillment of the terms and conditions of this contract.
20. YEAR 2000 WARRANTY — COMMERCIAL SUPPLY
ITEMS
(a) As used in this clause, “Year 2000
compliant” means, with respect to information technology, that the information
technology accurately processes date/time data (including, but not limited to,
calculating, comparing and sequencing) from, into, and between the twentieth
and twenty-first centuries, and the years 1999 and 2000, and leap year
calculations, to the extent that other information technology used in
combination with the information technology being acquired, properly exchanges
date/time data with it.
(b) The Contractor shall warrant that each
hardware, software, and firmware product delivered under this contract shall be
able to accurately process date time data (including, but not limited to,
calculating, comparing, and sequencing) from, into, and between the twentieth
and twenty-first centuries, including leap year calculations, when used in
accordance with the product documentation provided by the Contractor, provided
that all products (e.g. hardware, software, firmware) used in combination with products properly exchange date time data
with it. If the contract requires that
specific listed products must perform as a system in accordance with the
foregoing warranty, then that warranty shall apply to those products as a
system. The duration of this warranty
and the remedies available under this warranty shall include repair or
replacement of any product whose non-compliance is discovered and made known to
the Contractor in writing within ninety (90) days after acceptance
(installation is considered acceptance).
The Contractor may offer an extended warranty to the Government to
include repair or replacement of any product whose non-compliance is discovered
and made known to the Contractor in writing at any time prior to June 1,
2000, or for a period of 6 months following acceptance (installation is
considered acceptance) whichever is later.
Nothing in this warranty shall be construed to limit any rights or
remedies the Government may otherwise have under this contract with respect to
defects other than Year 2000 performance.
21. BLANKET PURCHASE AGREEMENTS (BPAs)
Federal Acquisition Regulation (FAR) 13.201(a) defines Blanket Purchase
Agreements (BPAs) as “…a simplified method of filling anticipated repetitive
needs for supplies or services by establishing ‘charge accounts’ with qualified
sources of supply.” The use of Blanket Purchase Agreements
under the Federal Supply Schedule Program is authorized in accordance with FAR
13.202(c)(3), which reads, in part, as follows:
“BPAs may be established with Federal Supply Schedule Contractors, if
not inconsistent with the terms of the applicable schedule contract.”
Federal Supply Schedule contracts contain BPA provisions to enable
schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up
“accounts” with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA
and generally address issues such as the frequency of ordering and invoicing,
authorized callers, discounts, delivery locations and times. Agencies may qualify for the best
quantity/volume discounts available under the contract, based on the potential
volume of business that may be generated through such an agreement, regardless
of the size of the individual orders. In
addition, agencies may be able to secure a discount higher than that available
in the contract based on the aggregate volume of business possible under a
BPA. Finally, Contractors may be open to
a progressive type of discounting where the discount would increase once the
sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with
the new Maximum Order feature. See the
Suggested Format, contained in this Schedule Pricelist, for customers to consider
when using this purchasing tool.
22. CONTRACTOR TEAM ARRANGEMENTS
Federal Supply Schedule Contractors may use “Contractor Team
Arrangements” (see FAR 9.6) to provide solutions when responding to a customer
agency requirements. The policy and
procedures outlined in this part will provide more flexibility and allow
innovative acquisition methods when using the Federal Supply Schedules. See the additional information regarding
Contractor Team Arrangements in this Schedule Pricelist.
1.A. SCOPE
a. The prices, terms and conditions stated
under Special Item Number 132-51 Information Technology Professional Services
apply exclusively to IT within the scope of this Information Technology
Schedule.
b. The Contractor shall provide services at
the Contractor’s facility and/or at the Government location, as agreed to by
the Contractor and the ordering office.
1.B. PERFORMANCE INCENTIVES
(a) When using a performance based statement
of work, performance incentives may be agreed upon between the Contractor and
the ordering office on individual fixed price orders or Blanket Purchase
Agreements, for fixed price tasks, under this contract in accordance with this
clause.
(b) The ordering office must establish a maximum
performance incentive price for these services and/or total solutions on
individual orders or Blanket Purchase Agreements
(c) To the maximum extent practicable, ordering offices
shall consider establishing incentives where performance is critical to the
agency’s mission and incentives are likely to motivate the contractor. Incentives shall be based on objectively
measurable tasks.
(d) The above procedures do not apply to Time and Material
or labor hour orders.
2.
ORDERING
PROCEDURES FOR SERVICES (REQUIRING A STATEMENT OF WORK)
FAR
8.402 contemplates that GSA may occasionally find it necessary to establish special
ordering procedures for individual Federal Supply Schedules or for some Special
Item Numbers (SINs) within a Schedule.
GSA has established special ordering procedures for services that
require a Statement of Work. These
special ordering procedures take precedence over the procedures in FAR 8.404
(b)(2) through (b)(3).
GSA
has determined that the prices for services contained in the contractor’s price
list applicable to this Schedule are fair and reasonable. However, the ordering office using this contract
is responsible for considering the level of effort and mix of labor proposed to
perform a specific task being ordered and for making a determination that the
total firm-fixed price or ceiling price is fair and reasonable.
(a) When ordering services, ordering offices
shall—
(1) Prepare
a Request (Request for Quote or other communication tool):
(i) A statement of work (a
performance-based statement of work is preferred) that outlines, at a minimum,
the work to be performed, location of work, period of performance, deliverable
schedule, applicable standards, acceptance criteria, and any special
requirements (i.e., security clearances, travel, special knowledge, etc.)
should be prepared.
(ii) The request should include the statement
of work and request the contractors to submit either a firm-fixed price or a
ceiling price to provide the services outlined in the statement of work. A firm-fixed price order shall be requested,
unless the ordering office makes a determination that it is not possible at the
time of placing the order to estimate accurately the extent or duration of the
work or to anticipate cost with any reasonable degree of confidence. When such a determination is made, a labor
hour or time-and-materials proposal may be requested. The firm-fixed price
shall be based on the rates in the schedule contract and shall consider the mix
of labor categories and level of effort required to perform the services
described in the statement of work. The firm-fixed price of the order should
also include any travel costs or other incidental costs related to performance
of the services ordered, unless the order provides for reimbursement of travel
costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for
labor-hour and time-and-materials orders.
(iii) The request may ask the contractors, if
necessary or appropriate, to submit a project plan for performing the task, and
information on the contractor’s experience and/or past performance performing
similar tasks.
(iv) The request shall notify the contractors
what basis will be used for selecting the contractor to receive the order. The
notice shall include the basis for determining whether the contractors are
technically qualified and provide an explanation regarding the intended use of
any experience and/or past performance information in determining technical
qualification of responses. If
consideration will be limited to schedule contractors who are small business
concerns as permitted by paragraph (2)(i) below, the request shall notify the
contractors that will be the case.
(2) Transmit
the Request to Contractors:
(i) Based upon an initial evaluation of
catalogs and price lists, the ordering office should identify the contractors
that appear to offer the best value (considering the scope of services offered,
pricing and other factors such as contractors’ locations, as appropriate). When buying IT professional services under SIN 132—51 ONLY, the ordering
office, at its discretion, may limit consideration to those schedule
contractors that are small business concerns.
This limitation is not applicable when buying supplies and/or services
under other SINs as well as SIN 132-51.
The limitation may only be used when at least three (3) small businesses
that appear to offer services that will meet the agency’s needs are available,
if the order is estimated to exceed the micro-purchase threshold.
(ii) The request should be provided to three
(3) contractors if the proposed order is estimated to exceed the micro-purchase
threshold, but not exceed the maximum order threshold. For proposed orders
exceeding the maximum order threshold, the request should be provided to
additional contractors that offer services that will meet the agency’s needs.
Ordering offices should strive to minimize the contractors’ costs associated
with responding to requests for quotes for specific orders. Requests should be
tailored to the minimum level necessary for adequate evaluation and selection
for order placement. Oral presentations should be considered, when possible.
(3) Evaluate
Responses and Select the Contractor to Receive the Order:
After responses have
been evaluated against the factors identified in the request, the order should
be placed with the schedule contractor that represents the best value. (See FAR 8.404)
(b) The establishment of Federal Supply
Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted
when the procedures outlined herein are followed. All BPAs for services must define
the services that may be ordered under the BPA, along with delivery or
performance time frames, billing procedures, etc. The potential volume of
orders under BPAs, regardless of the size of individual orders, may offer the
ordering office the opportunity to secure volume discounts. When establishing
BPAs, ordering offices shall—
(1) Inform
contractors in the request (based on the agency’s requirement) if a single BPA
or multiple BPAs will be established, and indicate the basis that will be used
for selecting the contractors to be awarded the BPAs.
(i) SINGLE BPA: Generally, a single BPA
should be established when the ordering office can define the tasks to be
ordered under the BPA and establish a firm-fixed price or ceiling price for
individual tasks or services to be ordered.
When this occurs, authorized users may place the order directly under
the established BPA when the need for service arises. The schedule contractor
that represents the best value should be awarded the BPA. (See FAR 8.404)
(ii) MULTIPLE BPAs: When the ordering office
determines multiple BPAs are needed to meet its requirements, the ordering
office should determine which contractors can meet any technical qualifications
before establishing the BPAs. When
multiple BPAs are established, the authorized users must follow the procedures
in (a)(2)(ii) above and then place the order with the Schedule contractor that
represents the best value.
(2) Review
BPAs Periodically: Such reviews shall be
conducted at least annually. The purpose of the review is to
(c) The ordering office should give
preference to small business concerns when two or more contractors can provide
the services at the same firm-fixed price or ceiling price.
(d) When the ordering office’s requirement
involves both products as well as executive, administrative and/or
professional, services, the ordering office should total the prices for the
products and the firm-fixed price for the services and select the contractor
that represents the best value. (See FAR
8.404)
(e)
The ordering
office, at a minimum, should document orders by identifying the contractor from
which the services were purchased, the services purchased, and the amount
paid. If other than a firm-fixed price
order is placed, such documentation should include the basis for the
determination to use a labor-hour or time-and-materials order. For agency requirements in excess of the
micro-purchase threshold, the order file should document the evaluation of
Schedule contractors’ quotes that formed the basis for the selection of the
contractor that received the order and the rationale for any trade-offs made in
making the selection.
(f)
Ordering
procedures for other services available on schedule at fixed prices for
specifically defined services or tasks should use the procedures in FAR
8.404. These procedures are listed in
the pricelist, under “Information for Ordering Offices,” paragraph #12.
(3) Orders exceeding the maximum order
threshold. Each schedule contract has an established
maximum order threshold. This threshold
represents the point where it is advantageous for the ordering office to seek a
price reduction. In addition to
following the procedures in paragraph b, above, and before placing an order
that exceeds the maximum order threshold, ordering offices shall--
(i) Review additional Schedule Contractors’
catalogs/pricelists or use the “GSA Advantage!” on-line shopping service;
(ii) Based upon the initial evaluation,
generally seek price reductions from the Schedule Contractor(s) appearing to
provide the best value (considering price and other factors); and
(iii) After price
reductions have been sought, place the order with the Schedule Contractor that
provides the best value and results in the lowest overall cost
alternative. If further price reductions
are not offered, an order may still be placed, if the ordering office
determines that it is appropriate.
NOTE: For orders
exceeding the maximum order threshold, the Contractor may:
(A) Offer a new lower price for this
requirement (the Price Reductions clause is not applicable to orders placed
over the maximum order in FAR 52.216-19 Order Limitations);
(B) Offer the lowest price available under
the contract; or
(C) Decline the order (orders must be
returned in accordance with FAR 52.216-19).
(4) Blanket purchase agreements (BPAs). The
establishment of Federal Supply Schedule BPAs is permitted when following the
ordering procedures in FAR 8.404. All
schedule contracts contain BPA provisions.
Ordering offices may use BPAs to establish accounts with Contractors to
fill recurring requirements. BPAs should
address the frequency of ordering and invoicing, discounts, and delivery
locations and times.
(5) Price reductions. In addition to the circumstances outlined in
paragraph (3), above, there may be instances when ordering offices will find it
advantageous to request a price reduction.
For example, when the ordering office finds a schedule service elsewhere
at a lower price or when a BPA is being established to fill recurring
requirements, requesting a price reduction could be advantageous. The potential volume of orders under these
agreements, regardless of the size of the individual order, may offer the
ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass
on to all schedule users a price reduction extended only to an individual
agency for a specific order.
(6) Small business. For orders exceeding the micro-purchase
threshold, ordering offices should give preference to the items of small
business concerns when two or more items at the same delivered price will
satisfy the requirement.
(7) Documentation. Orders should
be documented, at a minimum, by identifying the Contractor the item was
purchased from, the item purchased, and the amount paid. If an agency requirement in excess of the
micro-purchase threshold is defined so as to require a particular brand name,
product, or feature of a product peculiar to one manufacturer, thereby
precluding consideration of a product manufactured by another company, the
ordering office shall include an explanation in the file as to why the
particular brand name, product, or feature is essential to satisfy the agency’s
needs.
3. ORDER
a. Agencies
may use written orders, EDI orders, blanket purchase agreements, individual
purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend
beyond the end of the contract period; all services and delivery shall be made
and the contract terms and conditions shall continue in effect until the
completion of the order. Orders for
tasks, which extend beyond the fiscal year for which funds are available shall
include FAR 52.232-19 Availability of Funds for the Next Fiscal Year. The purchase order shall specify the
availability of funds and the period for which funds are available.
b. All
task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order
and the contract, the contract will take precedence.
4. PERFORMANCE
OF SERVICES
a. The
Contractor shall commence performance of services on the date agreed to by the
Contractor and the ordering office.
b. The
Contractor agrees to render services only during normal working hours, unless
otherwise agreed to by the Contractor and the ordering office.
c. The
Agency should include the criteria for satisfactory completion for each task in
the Statement of Work or Delivery Order.
Services shall be completed in a good and workmanlike manner.
d. Any
Contractor travel required in the performance of IT/EC Services must comply
with the Federal Travel Regulation or Joint Travel Regulations, as applicable,
in effect on the date(s) the travel is performed. Established Federal
Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair
contracts.
5. INSPECTION
OF SERVICES
The Inspection of
Services–Fixed Price (AUG 1996) clause at FAR 52.246-4 applies to firm-fixed
price orders placed under this contract.
The Inspection–Time‑and‑Materials and Labor-Hour (JAN 1986)
clause at FAR 52.246-6 applies to time‑and‑materials and labor‑hour
orders placed under this contract.
6. RESPONSIBILITIES
OF THE CONTRACTOR
The Contractor shall comply with all laws,
ordinances, and regulations (Federal, State, City, or otherwise) covering work
of this character.
7. RESPONSIBILITIES
OF THE GOVERNMENT
Subject to security regulations, the
ordering office shall permit Contractor access to all facilities necessary to
perform the requisite IT/EC Services.
8. INDEPENDENT
CONTRACTOR
All IT/EC Services performed
by the Contractor under the terms of this contract shall be as an independent
Contractor, and not as an agent or employee of the Government.
9. ORGANIZATIONAL
CONFLICTS OF INTEREST
a. Definitions.
“Contractor”
means the person, firm, unincorporated association, joint venture, partnership,
or corporation that is a party to this contract.
“Contractor
and its affiliates” and “Contractor or its affiliates” refers to the
Contractor, its chief executives, directors, officers, subsidiaries,
affiliates, subcontractors at any tier, and consultants and any joint venture
involving the Contractor, any entity into or with which the Contractor
subsequently merges or affiliates, or any other successor or assignee of the
Contractor.
An
“Organizational conflict of interest” exists when the nature of the work to be
performed under a proposed Government contract, without some restriction on
activities by the Contractor and its affiliates, may either (i) result in an
unfair competitive advantage to the Contractor or its affiliates or (ii) impair
the Contractor’s or its affiliates’ objectivity in performing contract work.
b. To avoid an organizational or financial
conflict of interest and to avoid prejudicing the best interests of the
Government, ordering offices may place restrictions on the Contractors, its
affiliates, chief executives, directors, subsidiaries and subcontractors at any
tier when placing orders against schedule contracts. Such restrictions shall be consistent with
FAR 9.505 and shall be designed to avoid, neutralize, or mitigate
organizational conflicts of interest that might otherwise exist in situations
related to individual orders placed against the schedule contract. Examples of situations, which may require
restrictions, are provided at FAR 9.508.
10. INVOICES
The
Contractor, upon completion of the work ordered, shall submit invoices for
IT/EC services. Progress payments may be
authorized by the ordering office on individual orders if appropriate. Progress payments shall be based upon
completion of defined milestones or interim products. Invoices shall be submitted monthly for
recurring services performed during the preceding month.
11. PAYMENTS
For
firm-fixed price orders the Government shall pay the Contractor, upon
submission of proper invoices or vouchers, the prices stipulated in this
contract for service rendered and accepted.
Progress payments shall be made only when authorized by the order. For time‑and‑materials orders,
the Payments under Time‑and‑Materials and Labor‑Hour
Contracts (Alternate I (APR 1984)) at FAR 52.232-7 applies to time‑and‑materials
orders placed under this contract. For
labor‑hour orders, the Payment under Time‑and‑Materials and
Labor‑Hour Contracts (FEB 1997) (Alternate II (JAN 1986)) at FAR 52.232-7
applies to labor‑hour orders placed under this contract.
12. RESUMES
Resumes shall be provided to the GSA Contracting Officer or
the user agency upon request.
13. INCIDENTAL SUPPORT
COSTS
Incidental support costs are
available outside the scope of this contract.
The costs will be negotiated separately with the ordering agency in
accordance with the guidelines set forth in the FAR.
14. APPROVAL OF
SUBCONTRACTS
The ordering activity may require that the
Contractor receive, from the ordering activity's Contracting Officer, written
consent before placing any subcontract for furnishing any of the work called
for in a task order.
PREAMBLE
Name of Company provides commercial products and services to the
Federal Government. We are committed to promoting participation of small, small
disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the
small business community through reselling opportunities, mentor-protégé
programs, joint ventures, teaming arrangements, and subcontracting.
COMMITMENT
To
actively seek and partner with small businesses.
To
identify, qualify, mentor and develop small, small disadvantaged and
women-owned small businesses by purchasing from these businesses whenever
practical.
To
develop and promote company policy initiatives that demonstrate our support for
awarding contracts and subcontracts to small business concerns.
To
undertake significant efforts to determine the potential of small, small
disadvantaged and women-owned small business to supply products and services to
our company.
To
insure procurement opportunities are designed to permit the maximum possible participation
of small, small disadvantaged, and women-owned small businesses.
To
attend business opportunity workshops, minority business enterprise seminars,
trade fairs, procurement conferences, etc., to identify and increase small
businesses with whom to partner.
To
publicize in our marketing publications our interest in meeting small
businesses that may be interested in subcontracting opportunities.
We
signify our commitment to work in partnership with small, small disadvantaged
and women-owned small businesses to promote and increase their participation in
Federal Government contracts. To accelerate potential opportunities please
contact: (Insert Company
Point of contact, phone number, e-mail address, fax number).
Micro Analysis and Design, Inc.
In the spirit of the Federal Acquisition Streamlining
Act (Agency)___ and ___Micro Analysis and Design, Inc.___
enter into a cooperative agreement to further reduce the administrative costs of
acquiring commercial items from the General Services Administration (GSA)
Federal Supply Schedule Contract(s) ____________________.
Federal
Supply Schedule contract BPAs eliminate contracting and open market costs such
as: search for sources; the development of technical documents, solicitations
and the evaluation of offers. Teaming
Arrangements are permitted with Federal Supply Schedule Contractors in
accordance with Federal Acquisition Regulation (FAR) 9.6.
This
BPA will further decrease costs, reduce paperwork, and save time by eliminating
the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing
mechanism for the Government that works
better and costs less.
Signatures
AGENCY DATE CONTRACTOR DATE
BPA NUMBER_____________
BLANKET PURCHASE AGREEMENT
Micro Analysis and Design, Inc.
Pursuant
to GSA Federal Supply Schedule Contract Number(s)____________, Blanket Purchase
Agreements, the Contractor agrees to the following terms of a Blanket Purchase
Agreement (BPA) EXCLUSIVELY WITH (Ordering Agency):
(1) The following contract items can be ordered
under this BPA. All orders placed against this BPA are subject to the terms and
conditions of the contract, except as noted below:
MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE
(2) Delivery:
DESTINATION DELIVERY
SCHEDULE/DATES
(3) The Government estimates, but does not
guarantee, that the volume of purchases through this agreement will be
______________.
(4) This BPA does not obligate any funds.
(5) This BPA expires on _________________ or at
the end of the contract period, whichever is earlier.
(6) The following office(s) is hereby authorized
to place orders under this BPA:
OFFICE POINT
OF CONTACT
(7)
Orders will be placed against this BPA via Electronic Data Interchange (EDI),
FAX, or paper.
(8)
Unless otherwise agreed to, all deliveries under this BPA must be accompanied
by delivery tickets or sales slips that must contain the following information
as a minimum:
(a) Name of Contractor;
(b) Contract Number;
(c) BPA Number;
(d) Model Number or National Stock Number (NSN);
(e) Purchase Order Number;
(f) Date of Purchase;
(g) Quantity, Unit Price, and Extension of Each Item
(unit prices and extensions need not be shown when incompatible with the use of
automated systems; provided, that the invoice is itemized to show the
information); and
(h) Date of Shipment.
(9)
The requirements of a proper invoice are specified in the Federal Supply
Schedule contract. Invoices will be
submitted to the address specified within the purchase order transmission
issued against this BPA.
(10)
The terms and conditions included in this BPA apply to all purchases made
pursuant to it. In the event of an
inconsistency between the provisions of this BPA and the Contractor’s invoice,
the provisions of this BPA will take precedence.
Federal Supply
Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to
provide solutions when responding to a customer agency requirements.
These
Team Arrangements can be included under Blanket Purchase Agreement (BPA). BPAs are permitted under all Federal Supply
Schedule contracts.
Orders
under a Team Arrangement are subject to terms and conditions or the
Federal Supply Schedule contracts.
Participation
in a Team Arrangement is limited to Federal Supply Schedule Contractors.
Customers
should refer to FAR 9.6 for specific details on Team Arrangements.
Here
is a general outline on how it works:
Introduction to Micro Analysis and
Design, Inc.
Micro
Analysis & Design (MA&D) is a small woman-owned business that has
provided research, development, and engineering (RD&E) services to the
public and private sectors for over 19 years.
We provide services in three general areas:
·
Human-Systems
Integration
·
Simulation and
Modeling
·
Custom Software
Development
Here
at MA&D, we have been changing the way that the systems engineering
community integrates human considerations into the design process since
1984. Our perspective - the human as a system component
- is both powerful and critical for engineering analysis. Our knowledge
of the human component is supported by the wide variety of models and tools
that we use to predict human performance as a function of job, environment, and
equipment design. This allows the human
issues to be studied with a level of engineering rigor consistent with that of
the system hardware and software elements. And, we have applied these
tools and methods ourselves to a wide range of commercial and military systems
engineering processes with great success. The result is a system where
the human is not an afterthought but rather, an integrated component working in
concert with the other hardware, software, and human components.
Our main tool for analyzing human-systems
integration (HSI) issues is computer simulation and modeling. We have a
commercial computer simulation product, Micro Saint, which is a task network
modeling tool that is being used to simulate and solve problems primarily in
military systems, as well as in health care, manufacturing and service
systems. In addition to our proven
capabilities in task network simulation, we have recently added a strong
corporate capability in cognitive modeling.
Our
commercial products have emerged from what is currently the larger part of our
business: the delivery of research, development, and engineering (RD&E)
services. Our largest customer is the
MA&D
is also well known as a developer of custom software tools. Some of these tools include IMPRINT, IPME,
WinCrew, SMART, C3TRACE and MITAS. Each
of these tools has been designed for a specific focus area and is fundamentally
built on the same simulation engine as Micro Saint.
Through
our customer-focus and extremely low staff turnover, we have developed a
reputation for delivering high-quality work, on time, and at a competitive
price. The best evidence of our success
is our outstanding customer retention rate—customers who have used our services
consistently come back to us again and again.
In
sum, MA&D is leading the charge to ensure that all new military and
commercial systems are designed with the human’s perspective in mind and
developed with the human as an integral part of the overall system. The way we achieve this is through our areas
of expertise which include human-systems integration, computer simulation and
modeling and custom software development.
We welcome your questions or
requests for more information about our company, our services, and our
products. Please visit our web site at www.maad.com or contact us at either sales@maad.com or 303-442-6947.
DESCRIPTION
OF IT SERVICES AND PRICING
a. The Contractor shall provide a
description of each type of IT Service offered under Special Item Numbers
132-51. IT Services should be presented in the same manner as the Contractor
sells to its commercial and other Government customers. If the Contractor is proposing hourly rates,
a description of all corresponding commercial job titles (labor categories) for
those individuals who will perform the service should be provided.
b. Pricing
for all IT Services shall be in accordance with the Contractor’s customary
commercial practices; e.g., hourly rates, monthly rates, term rates, and/or
fixed prices.
Job Title: Junior Analyst
Minimum/General Experience: Competence in
relevant phases of systems analysis techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Gathers data
with supervision, conducts analyses using methods developed and/or approved by
higher level analysts, prepares preliminary reports or summaries of results.
Minimum Education: Bachelor’s degree in computer
science, engineering, or related scientific or engineering discipline.
Rates
Year 1 $57.38
Year 2 $59.39
Year 3 $61.47
Year 4 $63.62
Year 5 $65.85
Job Title: Mid Analyst
Minimum/General Experience: Three years of
technical experience which applies to systems analysis and design techniques
for complex systems. Requires competence
in all phases of systems analysis techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Collects data, conducts analyses using methods
approved by higher level analysts, prepares reports and/or summaries of
results, advises alternative approaches, supports feasibility studies.
Minimum Education: Bachelor’s degree in computer science,
engineering, or related scientific discipline.
Rates
Year 1 $77.97
Year 2 $80.70
Year 3 $83.52
Year 4 $86.54
Year 5 $89.47
Job Title: Mid-senior Analyst
Minimum/General Experience: Six years of
technical experience which applies to systems analysis and design techniques
for complex systems or Master’s degree and five years of technical experience
which applies to systems analysis and design techniques for complex
systems. Requires competence in all
phases of systems analysis techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: develops data
collection approach, conducts analyses, supports users in formulating
requirements, advises alternative approaches, conducts feasibility studies,
prepares and reviews reports.
Minimum Education: Bachelor’s degree in computer
science,engineering, or related scientific discipline.
Rates
Year 1 $93.70
Year 2 $96.98
Year 3 $100.37
Year 4 $103.88
Year 5 $107.52
Job Title: Senior Analyst
Minimum/General Experience: Ten years of
technical experience which applies to systems analysis and design techniques
for complex systems or Master’s degree and eight years of technical experience
which applies to systems analysis and design techniques for complex systems or
Ph.D. and seven years of technical experience which applies to systems analysis
and design techniques for complex systems.
Requires competence in all phases of systems analysis techniques,
concepts and methods. Also requires
knowledge of relevant hardware, system software, input/output devices,
structure, and management practices.
Functional Responsibility: Defines data
requirements, guides users in formulating requirements, advises alternative
analyses approaches, conducts feasibility studies, prepares and reviews
reports.
Minimum Education: Bachelor’s degree in computer
science, engineering, or related scientific discipline.
Rates
Year 1 $115.15
Year 2 $119.18
Year 3 $123.35
Year 4 $127.67
Year 5 $132.14
Job Title: Junior Human Factors Specialist
Minimum/General Experience: Competence in relevant phases of human factors
analysis techniques, concepts and methods.
Also requires knowledge of relevant hardware, system software,
input/output devices, structure, and management practices.
Functional Responsibility: Conducts task and function analyses, provides
support in usability evaluations, builds and works with human performance
models under supervision, assists in the preparation of reports.
Minimum Education: Bachelor’s degree in computer science,
psychology, engineering, or related scientific discipline.
Rates
Year 1 $57.38
Year 2 $59.39
Year 3 $61.47
Year 4 $63.62
Year 5 $65.85
Job Title: Mid Human Factors Specialist
Minimum/General Experience: Three years of
technical experience which applies to human factors analysis and design
techniques for complex systems. Requires
competence in all phases of human factors analysis techniques, concepts and
methods. Also requires knowledge of
relevant hardware, system software, input/output devices, structure, and
management practices.
Functional Responsibility: Conducts task
and function analyses, develops standards with supervision, conducts usability
evaluations, builds and works with human performance models, provides support
in the conduct of human performance research and development, prepares reports.
Minimum Education: Bachelor’s degree in computer
science, psychology, engineering, or related scientific discipline.
Rates
Year 1 $73.04
Year 2 $75.60
Year 3 $78.24
Year 4 $80.98
Year 5 $83.82
Job Title: Mid-senior Human Factors Specialist
Minimum/General Experience: Six years of
technical experience which applies to human factors analysis and design
techniques for complex systems or Master’s degree and five years of technical
experience which applies to human factors analysis and design techniques for
complex systems. Requires competence in
all phases of human factors analysis techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Conducts task
and function analyses, develops standards and guidelines, conducts and manages
the conduct of usability evaluations, builds and works with human performance
models, designs and manages human performance research and development,
prepares and reviews reports.
Minimum Education: Bachelor’s degree in computer
science, psychology, engineering, or related scientific discipline.
Rates
Year 1 $90.95
Year 2 $94.13
Year 3 $97.43
Year 4 $100.84
Year 5 $104.37
Job Title: Senior Human Factors Specialist
Minimum/General Experience: Ten years of
technical experience which applies to human factors analysis and design
techniques for complex systems or Master’s degree and eight years of technical
experience which applies to human factors analysis and design techniques for
complex systems or Ph.D. and seven years of technical experience which applies
to human factors analysis and design techniques for complex systems. Requires competence in all phases of human
factors analysis techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Manages the
conduct of task and function analyses, defines the need for and develops
usability standards and guidelines, designs, conducts, and oversees usability
evaluations, defines requirements for human performance models, designs and
manages human performance research and development, prepares and reviews
reports.
Minimum Education: Bachelor’s degree in computer
science, psychology, engineering, or related scientific discipline.
Rates
Year 1 $127.99
Year 2 $132.47
Year 3 $137.11
Year 4 $141.90
Year 5 $146.87
Job Title: Junior Software Designer and Developer
Minimum/General Experience: Competence in relevant phases of software
design and development techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Interprets
software specifications, designs software architecture with supervision,
generates, tests, and debugs code in higher level languages.
Minimum Education: Bachelor’s degree in computer
science, engineering, or related scientific discipline.
Rates
Year 1 $64.39
Year 2 $66.65
Year 3 $68.98
Year 4 $71.39
Year 5 $73.89
Job Title: Mid Software Designer and Developer
Minimum/General Experience: Three years of
technical experience which applies to software design and development
techniques for complex systems. Requires
competence in all phases of software design and development techniques,
concepts and methods. Also requires
knowledge of relevant hardware, system software, input/output devices,
structure, and management practices.
Functional Responsibility: Develops and
interprets software specifications, designs software architecture, implements
database structures, generates, tests, and debugs code in higher level
languages.
Minimum Education: Bachelor’s degree in computer
science, engineering, or related scientific discipline.
Rates
Year 1 $68.88
Year 2 $71.29
Year 3 $73.78
Year 4 $76.37
Year 5 $79.04
Job Title: Mid-senior Software Designer and Developer
Minimum/General Experience: Six years of technical experience which
applies to software design and development techniques for complex systems or
Master’s degree and five years of technical experience which applies to
software design and development techniques for complex systems. Requires competence in all phases of software
design and development techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Reviews software specifications, manages
teams of software developers, designs software architecture, designs database
structures, generates, tests, and debugs code in higher level languages.
Minimum Education: Bachelor’s degree in computer science,
engineering, or related scientific discipline.
Rates
Year
1 $82.58
Year
2 $85.47
Year
3 $88.46
Year
4 $91.55
Year
5 $94.76
Job Title: Senior Software Designer and Developer
Minimum/General Experience: Ten years of
technical experience which applies to software design and development
techniques for complex systems or Master’s degree and eight years of technical
experience which applies to software design and development techniques for
complex systems or Ph.D. and seven years of technical experience which applies
to software design and development techniques for complex systems. Requires competence in all phases of software
design and development techniques, concepts and methods. Also requires knowledge of relevant hardware,
system software, input/output devices, structure, and management practices.
Functional Responsibility: Reviews software specifications, manages teams of
software developers, designs software architecture, reviews the design of
database structures, determines appropriate software environments for
application software, generates, tests, and debugs code in higher level
languages.
Minimum Education: Bachelor’s degree in computer
science, engineering, or related scientific discipline.
Rates
Year 1 $97.32
Year 2 $100.73
Year 3 $104.25
Year 4 $107.90
Year 5 $111.68
Job Title: Junior Clerical Support
Minimum/General Experience: Competence in
relevant phases of data entry, word processing, spreadsheet use, and graphics
preparation.
Functional Responsibility: Data entry,
word processing, spreadsheet development, and graphics preparation.
Minimum Education: High School diploma.
Rates
Job Title: Senior Clerical Support
Minimum/General Experience: Three years of technical experience which
applies to relevant phases of data entry, word processing, spreadsheet
development, and graphics preparation.
Functional Responsibility: Defines data entry requirements and tools,
word processing, spreadsheet development, and graphics design and preparation.
Minimum Education: High School diploma.
Rates
Year
1 $48.60
Year
2 $50.30
Year
3 $52.06
Year
4 $53.88
Year
5 $55.76